THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. There is no solicitation, specifications, or drawings available at this time. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
Military Sealift Command - Norfolk contracting office is seeking eligible businesses for the Post Award Shakedown Availability (PSA) on the USNS MIGUEL KEITH (T-ESB - 5) commencing on or about 3 AUG 2020 for one-hundred and twenty (120) calendar days. The Area of Consideration is West Coast. Estimated date of Solicitation is on or about 27 Jan 2020.
Length Over All: 239.3 meters
Breadth: 50 meters
Load Line Draft: 12 meters
Expected arrival draft: Fwd- 9 meters; Aft -9.4 meters
Highest Point Above Baseline: Frame 95 is 54.35 meter.
Draft displacement is calculated as:
9.5 meters-----70,000 tons
10.5 meters-----80,000 tons
11.5 meters-----90,000 tons
12.5 (loadline)----103,000 tons.
Major work items associated with this availability include:
Furnish General Services
Project Planning and production Status Monitoring Report
Clean and Gas Free Tanks, Voids, and Cofferdams & Spaces
Machinery Room to Pump Room WTD
Machinery Space Deck Utilization Plan
Prop Motor and Cooler Cleaning and Inspection
Hull Perimeter Lighting
Machinery Space CCTV Monitoring System & Bow Camera
Install Dumbwaiter from Upper Deck to a Deck
Install 3rd AC Plant in FWD House
Segregate Grey & Black Water Transfer Line
AFT House Grey Water System Isolation
Install Fixed firefighting JP-5 Pump Room
Forward Main Fire Loop Installation
AFT house Habitability Mods
ECR1 Deck Head Install
CRBD Cage and Cabinets and Assoc Systems
Install Life Saving Appliances to Support Berthing Containers
PA/GA, Fire Detection and IDS Interface for Mission Deck Food Storage and Laundry TEU’s
Reconfigure A2 Mezzanine Deck Sockets
A2 A3 Level 25 Rack Permanent Berthing Modifications
FWD overboard Black/Grey Water discharge and Shore Connection
A5 Level Aviation Support Spaces HVAC Upgrade (Phase 1)
Forward Accommodations HVAC System Upgrade (Phase 2)
All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified Section 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The NAICS Code for this procurement is 336611. This is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of the sources sought.
It is requested that interested firms submit to MSC-Norfolk contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, at a minimum the following:
(1) Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status;
(2) The facility where the work will be performed;
(3) Partnership, teaming, joint ventures, or mentor-protégé agreements with any large businesses.
Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry.
RESPONSES ARE DUE by 18 Dec 2019 at 08:00 AM Eastern Time. Email submissions of the capabilities packages WILL be accepted, please submit to [email protected] (Primary POC) and [email protected] (Secondary POC). Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Contract Specialist Samuel Queen.